Download as pdf or txt
Download as pdf or txt
You are on page 1of 41

Glenwood Office Park

Corner Oberon & Sprite Street


Faerie Glen,0043
PO Box 73000, Lynwood ridge 0040
Tel: (012) 845 2000 - Fax: (012) 348 0894
Website: www.idt.org.za

SECTION A: BID ADVERT

SBD 1
Bid Description REQUEST FOR PROPOSALS FOR PARTICIPATION IN THE EPWP NON-STATE SECTOR
PROGRAMME FROM 2024/2025 TO 2025 /2026 FINANCIAL YEARS
Bid number EPWP/NSS NPO PROGRAMME 2024/25 -2025/26
Name of institution Independent Development Trust (IDT)
The place where All IDT Regional Offices in the provinces (Eastern Cape, Free State, Gauteng, KwaZulu-Natal,
goods, works or Limpopo, Mpumalanga, Northern Cape, North West and Western Cape)
services are
required
Closing date and Date 0 5 0 6 2 0 2 4 Time 12h00 pm
time

Physical address IDT Regional Offices, see Section H: Contact People, Addresses of
Regional Offices, Compulsory Briefing Sessions venues and times on
page 32

Tel See Section H: Contact People, Addresses of Regional Offices,


Contact details
Compulsory Briefing Sessions venues and times on page 32
email See Section H: Contact People, Addresses of Regional Offices,
Compulsory Briefing Sessions venues and times on page 32
Contact person See Section H: Contact People, Addresses of Regional Offices,
Compulsory Briefing Sessions venues and times on page 32
Where bids can be IDT website www.idt.org.za/business-opportunities/current tenders/ and the National Treasury e-Tender
collected Portal available on www.treasury.gov.za
Where bids must All the IDT Regional Offices. See Section H: Contact People, Addresses of Regional Offices, Compulsory
be delivered Briefing Sessions venues and times on page 32
Category (Goods/
Services
Services)
Sector Non-State Sector
Region All Regional Offices located in all the provinces
Supplier Details
Name of bidder
Postal Address
Street Address
Telephone Number Code Number
Cell phone Number
Email Address
Supplier Tax
Compliance Status Compliance Central
System PIN AND Supplier
Database
No: MAAA

SIGNATURE OF BIDDER……………………………………………...……………………………………………

CAPACITY UNDER WHICH THIS BID IS SIGNED………………………………………………………………


(Proof of authority must be submitted e.g. company resolution)
DATE: ……………………………………………………

1
SECTION B: TERMS AND CONDITIONS FOR BIDDING

1. TERMS AND CONDITIONS


ITEM DESCRIPTION

1.1 Tender Issue Date Sunday, 05 May 2024


1.2 Compulsory 13th to 20th May 2024
Briefing Bidders MUST complete the Compulsory Briefing Session register.
Bidders not on the briefing session register will be eliminated.
1.3 Quote Reference EPWP/NSS NPO PROGRAMME / 2024/25-2025/26
No.
1.4 Enquiries Any queries shall be directed in writing to the IDT and shall be
addressed to the regional contact person at the address indicated on
page 32.
Email: SFTenders@idt.org.za
1.5 Mandatory 1.5.1 Authority to Sign the Bid Document and all Annexures (see
Requirements bid document on page 40.
1.5.2 Valid COIDA Certificate
1.5.3 Proof of UIF Registration (UF54)
1.5.4 NPO Registration Certificate
1.5.5 Department of Social Development Compliance Letter (the
compliance letter for the period 2022/2023 and compliance
letter / acknowledgement letter for the period 2023/2024
financial year as guided by the NPO Act 71 of 1997)
FAILURE TO SUBMIT ANY OF THE ABOVE WILL LEAD TO
DISQUALIFICATION
1.6 Mandatory 1.6.1 Submission of fully completed and signed Invitation to Bid
Administrative (SBD 1)
Requirement 1.6.2 Submission of fully completed and signed Bidder’s
Disclosure (SBD 4)
1.7. Returnable The following returnable documents shall be submitted together with
documents the bid. The validity of this documentation will be verified at the time
of award.
1.7.1. Full Report of Central Supplier Database
1.7.2. Valid Tax Compliance Letter with a unique pin
1.7.3. Proof of residence ( proof of ownership or lease contract or
municipal services bill or letter tribal office – Due diligence)

2
ITEM DESCRIPTION

1.7.4. Audited or Bookkeeper Financial statement of the previous


financial year in line with the NPO Constitution
1.8. Returnable 1.8.1. In line with the Submission checklist (Refer to Page 36) and in
Documents line with Item 1.5 ,1.6 and Item 1.7
1.9. Evaluation This bid will be evaluated in three stages
Criteria 1.9.1. Mandatory Requirements
1.9.2. Functionality Criteria
1.9.3. Due-diligence
1.9.4. Only Bidders who have passed functionality will then be
evaluated further on-site during due diligence site visits.
The minimum threshold for functionality is 60 points.
1.9.5. The NPOs must score a total of 80 points for due diligence
or site inspection to qualify for participation in the EPWP
NSS NPO Programme for the 2024/2025 and 2025/2026
financial year only.
1.9.6. Only NPOs which pass due diligence evaluation will be
recommended to participate in the programme.
1.10. Submission of 1.10.1 Bids must be delivered on or before the closing date and the
Bid documents time as per the advert.
1.10.2 Bidders must sign the Bid Submission Register upon delivery
of the bid at the regional office. Bidders not on the Bid
Submission Register will not be considered. This applies
to bids, which are submitted through Courier companies.
NPOs MUST inform their Courier Companies to sign the Bid
Submission Register in the name of the NPO.
1.10.3 Bids submitted after the closing time will not be considered.
1.10.4 Bid documents shall be hand-delivered in 1 combined pack
(i.e. Bid document and its accompanying Annexures) to the
Implementing Agent (IDT), and shall be marked as follows:

Marked confidential Bid and Indicate the following:


BID NUMBER: EPWP/NSS NPO PROGRAMME / 2024/25 –
2025/26
BID DESCRIPTION: REQUEST FOR PROPOSALS FOR
PARTICIPATION IN THE EPWP NON-STATE SECTOR
PROGRAMME FROM 2024/2025 TO 2025 /2026 FINANCIAL
YEARS

3
ITEM DESCRIPTION

THE BID BOX WILL BE LOCATED AT THE IDT REGIONAL


OFFICES MAIN RECEPTION AREA AS PER THE ADDRESS
INDICATED ON PAGE 32 OF THE BID DOCUMENT.

NB: Emailed or Faxed bid documents will be disqualified.


1.11. Notes to 1.11.1. The bid shall be valid for 90 calendar days.
bidders 1.11.2. Bidders’ queries will be attended to only up to 5 calendar days
before the closing date.
1.11.3. Should bidders not receive any correspondence after 90 days
of tender validity period then bidders should consider their
application unsuccessful.
1.11.4. Bids must be submitted on the official forms, which are
provided as part of the bid document.
1.12. NPO Resources 1.12.1. The NPO is to provide details of the (3) human resource
(Manager - Diploma, Finance Officer – Matric plus a certificate
in finance and Admin – Matric plus a certificate) to be used in
the project and attach proof of their relevant qualifications
(qualification and details of personnel must be submitted).
1.12.2. Such human resource shall be available at all times for the
project during the contract period. Should assigned human
resource be changed for some other reason, he/she should be
replaced by a person/s of equivalent or higher qualification.
1.12.3. In cases where the bidder submits a bid for more than one
province the bidder should provide the three human resource
per province.
1.12.4. Bidder to disclose the other provinces where the bids are
submitted and include the list of personnel per province
(Bidders must not utilize the same personnel for different
provinces)

1.13. Cancellation 1.13.1. Should the programme be cancelled by the client Department,
Costs due to financial constraints and/or other reasons, the IDT and
the Client Department shall not be liable to remunerate the
service provider for any potential loss of business and/or profit.

4
ITEM DESCRIPTION

1.14. NPO address 1.14.1. NPOs will only be considered in provinces where they have
operational offices. Proof of address (NPO’s Property
ownership, valid Lease agreement, letter from Local Councilor/
Tribal: Office or Municipal bill) not older than three months
must be attached.
1.15. IDT’s 1.15.1. IDT reserves the right to conduct a risk assessment if the
Reservation of recommended bidder is the responsive bidder and has already
Rights – start been awarded a contract.
here 1.15.2. IDT reserves the right to negotiate with the NPO where and
which participants to contract with.
1.15.3. IDT reserves the right to cancel or withdraw this request for bid
without prior notice and without furnishing any reasons
whatsoever.
1.15.4. IDT reserves the right to subject Bidders and their facilities to
assessment as part of the evaluation process or as a condition
to be appointed.
1.15.5. The IDT reserves the right to amend, modify, withdraw this Bid,
or terminate any of the procedures or requirements set out
herein at any time and from time to time, without prior notice
and without liability to compensate or reimburse any person
1.15.6. IDT reserves the right to contact the Landlord in cases where
a lease agreement is provided
1.16. Bid Document 1.16.1. The Bidder is advised to ensure that they familiarize
and Contract themselves with all the contents of the Bid documents, as
those will form the basis of the contract to be entered into. Any
contents of this document that the bidder requires clarity on
shall be brought forward before the Bid submission date
stipulated in this Bid document.
1.16.2. Note: The Bid Document must be completed using permanent
black ink.
1.16.3. The Bid document must be bound and be in a sealed
envelope.
1.16.4. All Bid documents submitted to the IDT will become the
property of the IDT and will as such not be returned to the

5
ITEM DESCRIPTION

bidders. Proprietary information should be identified as such in


each proposal.
1.16.5. If the IDT amends this bid document, the IDT will issue an
erratum.
1.16.6 This document must be used solely for the purpose it is
intended to achieve.
1.16.7 The NPO will be expected to enter into a contract with the IDT.
1.16.8 Bidders who are blacklisted with the National Treasury will be
eliminated, therefore, not considered any further evaluation.
1.17. DURATION OF 1.17.1. Successful NPOs will be contracted for two financial years
CONTRACT (2024/2025 to 2025/26) from the date of appointment in 2024
until 31 March 2026.

6
SECTION C: EVALUATION METHOD

2. BID EVALUATION METHODOLOGY

The Three-stage evaluation method will be used for the appointment of the NPOs for the EPWP NSS NPO
Programme 2024/25 – 2025/26 Financial Years.

2.1 Compulsory Requirements


The compulsory requirements are gatekeeper criteria and must be satisfied by the bidders before
functionality evaluations. Failure to satisfy any of these requirements will lead to disqualification.

2.2 Functionality Criteria


All bidders who satisfy the Compulsory requirements are further evaluated for functionality. This part of
the evaluation looks at the following:

EVALUATION CRITERIA WEIGHT

a) Readiness of the NPO to implement the EPWP new focus areas; 40

b) Capacity of the NPO to manage work for the creation of work 20

opportunities;
c) Governance; 10

d) Fair understanding of the EPWP Programme and a detailed 20


Implementation plan with applicable demographic targets;
e) Ability of the NPO to network to raise complimentary resources for
their sustainability, maximisation of the impact and improvement of the 10

programme.

Only the NPOs that obtain a threshold of 60 points will be considered further. The NPOs, which fail to
meet a threshold of 60 points, will be eliminated at this stage.

2.3 Due Diligence / Site Inspection

Bidders who have passed functionality will be evaluated further on-site through due diligence site visits.
Due diligence seeks to confirm and assess the status of the NPOs and cover the following requirements:
1) Basic Office Infrastructure
2) Business plans and resources for the implementation of the programme especially the focus
areas.

7
3) Commitment to work with vulnerable groups i.e. Women, Youth and People with
Disabilities;
4) Proof of existing Project Sites

The NPOs must score a total of 80 points for due diligence to qualify for participation in the EPWP NSS
NPO Programme for the 2024/25 – 2025/26 financial years.

Only NPOs that pass due diligence evaluation will be recommended to participate in the programme.

8
SECTION D: ABOUT THE NPO

3. BACKGROUND OF THE NPO

3.1 NPO Details

Please complete the sections required below and where applicable tick the relevant option for your
NPO registration status:

Name of the Organisation


NPO Registration number
Contact telephone number
Contact mobile number
Email address
Web address (if available)
Physical Address

Key Contact person


Alternative contact person (Name and contact numbers

3.2 Project Specification

State the NPO objective(s) as they align to the EPWP Phase V Focus Areas:

9
3.3 Key staff complement

MANAGEMENT INFORMATION:
Manager
Administration officer
Financial officer
EMPLOYEE STATUS: Number of full time staff members Number of
Volunteers
Total number of volunteers and full time staff

3.4 Geographic information

Province
District/ Metropolitan Municipality
Local Municipality
Name of Township/Village
Ward number
Coordinates

3.5 Proposed number of work opportunities to be created

Female No.: Male No.: Total No.:

Targeted/ Designated group Number


Women
Youth
People with Disabilities

3.6 Organisational Capacity

Does the NPO have basic infrastructure (please tick)


Office space Yes No Computers Yes No
Office furniture Yes No Printing facilities Yes No
Has the NPO received funding in the past? Attach list if space provided is not sufficient
Name of Funders Year Total Value
i)

10
ii)
Is the NPO currently funded by the EPWP? Attach list if space provided is not sufficient
Sector Year Total Value
i)
ii)

3.7 Commitment the participation of vulnerable groups

Does the NPO programme focus on inclusion of women, youth and people Yes
with No
disabilities
If yes please provide details:

3.8 Sustainability activities

Indicate how your NPO can expand from the current projects to create form partnerships with other
organisations (private and public) to create more work opportunities and maximise the impact the
EPWP Phase V:

11
3.9 Sustainability

Does the NPO network with other institutions in the sector? If yes, please substantiate.
Name of Institution Nature of support received
i)
ii)
iii)
Is the NPO able to market the services rendered/products produced? Provide details

What is the potential of the NPO to grow over the next two years: Please elaborate.

How stable has the NPO been since it was established?

Is the NPO financially viable? If so, how does the NPO generate its funding?

DECLARATION:

I………………………………………………………………………………….… (Name and Surname),


Identity number……………………………………………………...in
my capacity as………………………………………..…………acknowledge that I have read the
contents of the application form / NPO Proposal Guide and confirm that I have provided
information which is to the best of my knowledge complete, true and correct.

Signed at……………………………….……….…………...… (Place) on the ……….….……day

of……….……………….……(month) of 2024.

12
SECTION E: TERMS OF REFERENCE

4. PROGRAMME BACKGROUND

The Expanded Public Works Programme (EPWP) was introduced in 2004 as one of the measures
to reduce the negative impacts of high and persistent levels of unemployment. The programme aims
to provide the unemployed with an opportunity to work and an avenue to contribute towards the
development of communities and ultimately the country.

To achieve this the Department of Public Works and Infrastructure (DPWI) appointed the
Independent Development Trust (IDT) as the implementing agent for EPWP Non-State Sector Non
Profit Organisations (NPO) programme. The EPWP NSS NPO programme phase IV is a continuation
of the EPWP phase I which commenced in 2004 aimed at enlisting unemployed people in meaningful
work. The programme is currently in year one of Phase V. The programme is implemented through
the establishment of partnerships with Non-Profit Organisations (NPOs).

The purpose of these terms of reference is to guide the NPOs in all the provinces of South Africa
towards bidding for appointment to create work opportunities for the unemployed people as part
of the EPWP Phase V Non- State Sector (NSS) NPO Programme Year 1 and Year 2 of Phase
of V (2024/25 - 2025/26 financial years).

4.1 PROGRAMME OBJECTIVES

The main objective of the programme is:

“To provide the unemployed poor with meaningful work opportunities through the delivery of
community assets and services, and actively build economic inclusion mechanisms that
empower sustainable livelihood and contribute to the country’s development agenda”

4.2 NPO SERVICES 4.2.1 The NPO will be expected to perform the following services:
4.2.2 Recruitment of participants.
4.2.3 Contracting with participants. Fully signed copies of
contracts must be submitted to the regional offices of the
Independent Development Trust (IDT).
4.2.4 Ensure participants submit ORIGINAL certified copies of
Identity Documents and bank letters. Certified copies of

13
participants’ ID must not be older than 6 months while bank
letters must not be older than 3 months (Not copies of
certified copies).
4.2.5 Collect specimen signatures for all participants using the
Participants’ Verification List template provided by the
Independent Development Trust.
4.2.6 Assign work to participants for the duration of their contract
with NPOs.
4.2.7 Administer the attendance register(s) for all the sites for
which the NPO is responsible.
4.2.8 Verify the attendance register(s) to ascertain correctness of
the days worked, ensure all participants initialed and signed
the attendance register. Submit correct attendance registers
to the regional office of the IDT.
4.2.9 Ensure the total amount that is calculated using the
attendance register for the days worked by participants for a
specific month tallies with the amount for wages on the
invoice the NPO submits to the IDT for that specific month.
4.2.10 Submit reports on IDT prescribed templates monthly as per
agreed scheduled dates.
4.2.11 Replace participants who resign from the programme.
Submit fully signed contracts, certified ID copies and bank
letters for replacement participants to the IDT regional office
monthly.
4.2.12 Submit the following within a week of the project start date:
4.2.12.1 The Participants’ Verification List with the participants’
specimen signatures;
4.2.12.2 Copies of the contracts of the participants;
4.2.12.3 Original certified ID copies of the participants;
4.2.12.4 Copies of the participants’ bank letters.
4.2.12.5 The sequence of the contracts certified ID copies and Bank
Letters of the participants in 4.3.12 .1 – 4.3.12.4 above must
follow the sequence of the participants in the Participants
Verification List in 4.3.12.1 above.
4.2.13 Submit on monthly basis Participants Verification List,
contracts, certified ID copies and Bank Letters of the

14
participants who replaced those who resigned / terminated /
deceased as part of the monthly report.
4.4 PAYMENT OF THE 4.4.1 Signed and objectively verifiable Project Implementation
PARTICIPANTS Plan. The Project Implementation Plan must show the work
packages or activities the NPO set aside for
implementation by EPWP participants. The NPO must also
indicate the proposed number of work opportunities that
will be assigned to each work package or activity.
4.4.2 Creation of allocated work opportunities as per the Service
Level Agreement (SLA);
4.4.3 Appointment and supervision of participants by ensuring
that contracts, valid certified ID copies, attendance
registers and all relevant reporting templates provided for
by the IDT are duly completed and submitted to the
relevant Regional Office as per the schedule.
4.4.4 Monthly reports as per the schedule.
4.4.5 Valid, accurate and correct invoices submitted to the IDT
for all the work which was completed in a particular month.
4.4.6 Monthly UIF payment to the Department of Employment and
Labour covering all participants who are contracted to the
NPO.
4.5 PAYMENT OF THE 4.5.1 The NPOs must pay the wages of the participants through
PARTICIPANTS their bank accounts within three days of receiving the funds
from the IDT.
4.6 DISHONESTY 4.6.1 Dishonesty in any form will not be tolerated. The NPOs that
can be found to have been dishonest will be terminated with
immediate effect.
4.7 HUMAN CAPITAL 4.7.1 The NPOs are required to provide a minimum of three people
to manage the implementation of the programme namely the
Manager, Administration Officer and the Financial Officer.
4.8 IMPLEMTANTION 4.8.1 The IDT supports the proposed projects of the NPOs through
PLAN the EPWP NSS NPO Programme. It is therefore important to
fully complete the Implementation Plan template attached on
the bid document for each selected project activities that the
NPO is implementing.

15
5. NPO PROPOSAL GUIDE

EPWP NON-STATE SECTOR NPO PROGRAMME RECOMMENDED FOCUS AREAS IN


PHASE V

The EPWP Phase 5 Non-State Sector NPO Programme is comprised of the following projects
that NPOs are advised to select. NPOs are advised to select and bid for focus areas that they
are competent to deliver utilizing their own resources:

No. Focus Area Tick Relevant Focus Area that


the Bidder (Mark with an X)

5.1 Cleaning and maintenance of public facilities

5.2 Cleaning, beautification of public and open


spaces
5.3 Road maintenance - cleaning of storm water
channels, kerb cleaning, portholes, grass
cutting

45. Waste management projects – recycling &


waste processing
5.5 Energy-related projects

5.6 Art and craft – specifically for People with


Disabilities (PwD)
5.7 Food security and farming support programme

5.8 Gender Based Violence and Femicide


programme

16
5.1 CLEANING AND MAINTENANCE OF PUBLIC FACILITIES

Some Government Social Infrastructure and other public facilities such as government offices, schools,
clinics, parks, sports fields, cemeteries and other facilities are found to be in a poor state of
maintenance. The government-owned buildings are found to be in poor condition. The majority of the
buildings are those that are used by the Department of Defense, Police, Health, Correctional Services,
Department of Justice and other departments. Commonly, those buildings have maintenance plans but
remain unfunded as such, this results in the dilapidation of the portfolio in the country.

Existing partnerships so far include the South African Police Services (SAPS) Western Cape, and the
Department of Correctional Services (DCS) national. However, NPOs can identify any government
building and conduct the necessary due diligence and preparation for placement into the programme.

Objectives of the public facility maintenance project

The IDT proposed the Programme of Preservation and Maintenance of Government and Public
Facilities support entails applying the principles of EPWP to recruit and place beneficiaries in the
programme to maintain government and public facilities. Key objectives of the programme:

17
 To create work opportunities through the cleaning and maintaining government and public buildings
targeting mainly women and youths with different skill levels.
 To use government and public facilities (schools, hospitals, government buildings etc.) as
catalysts for artisanal development in such areas as landscaping, land management &
preservation, electrical, plumbing, boiler makers, building, plastering, and painting.

Tender Requirements:

NPOs are expected to fulfil the following requirements:

• Identification of suitable government and public facilities that require maintenance in consultation
with the Local Municipality and or relevant institution.
• Provide details of the identified sites and the extent/size of the site(s) in hacters
• Obtain permission to work in the facility with the relevant department or institution.
• Define the nature of work that the NPO will be doing in the targeted facility(ies)
• Indicate the total number of targeted work opportunities to be created in the project/s.

NB: Among the success factors is the identification of sites and obtaining permission to
implement.
NB: Government and public facilities where there are maintenance plans. In the absence of that,
NPOs shall develop a high-level maintenance plan signed by the designated personnel in the
targeted public office.

Name of the Project location Scope of work / Number and Total number of
Department/ (Province, activities/nature of extent of targeted targeted work
Municipality/ municipalities work to be done site/buildings opportunities
Facility and the ward) targeted (attach
permission to
use)

18
5.2 CLEANING, BEAUTIFICATION OF PUBLIC AND OPEN SPACES

The project entails the identification of the public places that need bush clearing, beautification and
landscaping among others.

The objective: is to create work opportunities through the cleaning and beautification of the public and
open spaces through bush clearing and landscaping among others.

Tender Requirements:

The requirements for participation in the IDT Cleaning, Rehabilitation & Waste Recycling Programme
shall cover the following:
 Identification of the public places that require cleaning and rehabilitation (Municipality,
towns/townships and ward no)
 Obtain permission/partnership with the affected Municipalities and/or departments
 Describe the scope and the activities and the size of the area/s where the NPO will be working.
 Number of Work Opportunities to be created in the project.

NB: The ability to provide details of the identified site and the permission to work on, are the
critical success factors.

Project Location Metro / District / Scope of work / The extent of Total number of
(Province) Municipalities and the activities/nature targeted road in targeted work
ward of work to be KMs (attach opportunities
done permission)

19
5.3 ROAD MAINTENANCE - CLEANING OF STORMWATER CHANNELS, KERB
CLEANING, PORTHOLES, GRASS CUTTING

The aim of this focus area to create work opportunities through contracting NPOs that will recruit
participants to be involved in the maintenance of roads and fixing of potholes. Implementation of the
Road Maintenance and fixing of potholes will require extra equipment and the NPO interested in the
project will have to prove capacity and partnerships such as the municipality and the Department of
Roads and Transport that is responsible for the service. NPOs are advised to select and bid for focus
areas that they are competent to deliver utilizing their own resources: (IDT Funds are meant for
participants stipends only)

Road maintenance project will include the cleaning of storm water channels, Kerb cleaning grass and
weed cutting,

Tender Requirements:

The NPO shall have to fulfil the following requirements;


 NPO to identify the site(s) or roads in consultation with municipalities and relevant entities.
 Obtain permission from the Local Municipality.
 Describe the work, and activities of the scope of work that the NPO will be working.
 Provide details of the road to be worked and the extent in KMs.
 Prove of capacity to deliver the project (applies to patching of portholes).
 Indicate the number of participants to be recruited in the project.

NB: identified sites/roads and the permission to work in the area will be the determining success
factor.

Project Name and road Scope of work / The extent Prove capacity Total number
location number activities/nature of targeted to deliver the of targeted
(Province, (Municipal/Regional of work to be road in KMs project work
municipalities /National road) and done (attach (applicable to opportunities
and the ward) the extent permission) potholes fixing
only)

20
5.4 WASTE MANAGEMENT PROJECTS – RECYCLING & WASTE PROCESSING

Littering and Illegal dumping contribute to serious land pollution, ocean pollution and air pollution thus
resulting in some serious environmental consequences for humans and animals on land and water as
the majority of litter finds itself in the seas.

The Objective of the Waste Management and Cleaning Programme

The main objective of the IDT proposed Environmental Cleaning Programme is to create work
opportunities and a clean environment that seeks to contribute to a conducive environment for
investments and economic development. The specific objectives of the programme shall include:
 To create work opportunities in the process of managing and processing waste.
 To contribute to maintaining clean towns, public areas and settlement areas in the country;
 To support the creation of enterprises in the recycling of materials and waste.

Scope of the proposed program/project requirements

The scope and requirements for the IDT Cleaning and Rehabilitation & Waste Recycling Programme
shall cover the following:
 Identification of the hotspots which are public places that require cleaning and rehabilitation (towns,
townships, informal settlements, beaches, harbours, illegal dumping, and cemeteries etc.
 Indicate the municipality and Ward number where the project is located.
 Obtain permission/partnership with the affected Municipalities and/or departments (Primary
departments are the Department of Forestry, Fisheries and Environment (DFFE), Dept of Water
and Sanitation (DWS)) for environment and water projects;
 Describe the scope and the activities (collection or sorting or recycling or all)
 Determine and indicate the number of the identified sites and the extent (in weight of waste and/or
ha/km of targeted land).
 Number of Work Opportunities to be created in the project of cleaning and collection of waste
materials in collaboration with the affected municipalities;

NB: The ability to provide details of the identified site and the permission to work on it remains
a critical success factor.

21
Project Name and nature of the Scope of work / Number and Total number
location targeted place where activities/nature the extent of of targeted
(Province, the project will be of work to be targeted work
municipalities implemented (attach done sites/project opportunities
and the ward) permission).

5.5 ENERGY-RELATED PROJECTS

The programmes entail mobilizing NPOs to place participants to roll out activities that contribute towards
reducing or countering the effects of energy crises in the country due to load-shedding.

Tender Requirements:

a. Identify roads and intercessions where the NPO will be working


b. Obtaining permission from the local Municipality to work on the identified roads a
c. Define the scope or activities to be engaged in the project.
d. Recruit and place in the programme the youth to work in the scholar patrol activities and traffic
control (this will include recruiting qualifying homeless people and organising them to control traffic
at the crossroads).
e. To recruit participants and emerging enterprises in solar maintenance and installation projects.
f. Indicate the number of targeted participants per site in the projects.
g. Manage and report participants who will be attending training in electrical and energy training
programmes.

NB: training on solar installation and maintenance

22
Project location Name/s of school/s and Scope of Total number of
(Province, municipalities /road interceptions work/activities targeted work
and the ward) /sites to be worked /nature of work to opportunities
(provide permission to be done
work from the
municipality)

5.6 ART AND CRAFT – SPECIFICALLY FOR PWDS

The project of Arts and Crafts targets mainly to create work opportunities for People with Disability and
Enterprise development support. The NPO will recruit and report on the work opportunities created in
the targeted Arts and Craft projects.

Tender Requirements:

 Provide details of the place where the project is located (province, municipality and ward)
 The NPO describes the nature of activities to be implemented in the project.
 Indicate the volume and quantities that are produced per day/ week/month.
 The market where products are sold (if applicable)
 Number of work opportunities to be created in the projects.

Project location Scope of The volume of The NPO Total number


(Province, work/activities targeted market for of targeted
municipalities and the /nature of work to be products to be the products work
ward) done produced. opportunities

23
5.7 FOOD SECURITY AND FARMING SUPPORT PROGRAMME

The programme aims to recruit NPOs who will place participants in the communal farming projects
(school gardens, land restitution farms, in government / public facilities etc. to support them and build
their capacities to sustain their projects while participants gain experience and skills for their
development. Over and above the land that NPOs can identify for the programme, IDT has a contract
with DCS to recruit and place their beneficiaries in the EPWP NSS to work in the DCS farming projects
in all provinces.

Tender Requirements:

 NPOs to identify suitable projects to be placed in the program. The NPO must prove that
the owners of the project have the necessary implements since the programme can only
provide labour through the NSS beneficiaries.
 Obtain permission from the facility managers (HOD’s School Principals, Directors etc.)
 Details of the identified land, ownership, the extent (Ha) and location.
 Describe the type of activities or scope of work that NPOs will be doing in the project.
 Indicate the number of work opportunities to be created and placed in the selected
qualifying farming projects.

Note:
a) The NPO must produce proof of permission from the relevant authority to work on the
identified land.
b) Confirmation that the project can provide the applicable implements.

24
Project location Name of the Scope of Extent of Total number
(Province, farm/school public work/activities the land of targeted
municipalities and the facility where the /nature of work to (ha) work
ward) farm project is be done and the opportunities
located (Provide produce
permission to work
from the authority)

25
5.8 GENDER-BASED VIOLENCE AND FEMICIDE

The objective is to support NPOs that implement projects that support and empower victims of
Gender-based Violence and child abuse.

Tender Requirements:

 NPO geographic area(s) (a place where the service is provided)


 Partnership with relevant authority i.e. SAPS, Clinics, DSD etc.
 Type of activities (scope of work)
 Number of participants to be placed in the programme.

NB: Prove of some partnership with the relevant authority (SAPS, Clinics, DSD etc.)

Project location Name/s of the SAPA, Scope of Total number of


(Province, municipalities Clinics, DSD etc. to work/activities targeted work
and the ward) work with. /nature of work to opportunities
be done

26
SECTION F: TECHNICAL EVALUATION

6. EVALUATION CRITERIA FOR FUNCTIONALITY

6.1 Functionality Criteria


All bidders who satisfy the Compulsory requirements are further evaluated for functionality. This part of the
evaluation looks at the following:

EVALUATION CRITERIA WEIGHT


a) Readiness of the NPO to implement the EPWP new focus areas.
40
b) Capacity of the NPO to manage work for the creation of work
opportunities; 20

c) Governance; 10

d) Fair understanding of the EPWP Programme and a detailed 20

Implementation plan with applicable demographic targets;


e) Ability of the NPO to network to raise complimentary resources for
their sustainability, maximisation of the impact and improvement of 10

the programme.

Only the NPOs which obtain a threshold of 60 points will be considered further. The NPOs which fail
to meet a threshold of 60 points will be eliminated at this stage.

27
FUNCTIONALITY EVALUATION SCORECARD
EVALUATION CRITERIA SCORE
a) Readiness of the NPO to - Confirmation of projected site allocation (signed
implement the EPWP new permission letter from relevant authority / public 20
focus areas- (40). facilities / municipality / schools)
- Copy of a formal proof of the NPO office address. 5
- Fully completed Plan that is aligned to the 15
identified or selected focus areas (item 6.1 to
6.8) and for which there is permission to
implement
b) Capacity of the NPO to - CVs and Qualifications of the management 20

manage work for the (Manager/Director - Diploma, Financial Officer –

creation of work Certificate in Finance, Administrator – Any


Certificate).
opportunities (20)
- If any CV or qualification of official(s) is not 10
attached
c) Governance (10) - Submission of both the NPO constitution 10
stamped by the DSD and Minutes of the NPO
board for the 2023/2024 financial year (third and
fourth quarter).
- Submission of one of the following: 5
- Minutes of the NPO board for the 2023/2024
financial year (third and fourth quarter).
- Submit the NPO constitution stamped by the
DSD
d) Fair understanding of - Women (60%), Youth (55%)

the EPWP Programme - People with Disabilities (2%); 10

and a detailed - Women (60%) and youth only (55%) 5


- Youth only or Women only or People with 5
Implementation plan
Disabilities
with applicable
demographic targets
(20).
e) Ability of the NPO to - Three Appointment Letter / Service Level
network to raise Agreement (SLA) by any funder (not older than 10

complimentary three years)


- One Appointment Letter / Service Level 5
resources for their
Agreement (SLA) by any funder
sustainability,
maximisation of the

28
impact and
improvement of the
programme (10).

All NPOs that achieve a score of 60 shall be considered for due diligence evaluation.

29
SECTION G: DUE DILIGENCE / SITE INSPECTION

7. DUE DILIGENCE / SITE INSPECTION

Bidders who have passed functionality will be evaluated further on-site through due diligence site visits.
Due diligence seeks to confirm and assess the status of the NPOs and cover the following requirements:
a. Basic Office Infrastructure
b. Business plans and resources for the implementation of the programme especially the focus
areas.
c. Commitment to work with vulnerable groups i.e. Women, Youth and People with
Disabilities;

The NPOs must score a total of 10 points for due diligence to qualify for participation in the EPWP NSS
NPO Programme for the 2024/2025 financial year.
Only NPOs which pass due diligence evaluation will be recommended to participate in the programme.

DUE DILIGENCE EVALUATION SCORECARD

CRITERIA EVALUATION CRITERIA SCORE EVALUATOR


NAME
Basic Office  Office space (30 points)
Infrastructure
(40)  Office furniture (10 points)

o Computer and Printer

(10 points)

o Computer or Printer only

(5 points)

Confirmation of  Confirmation of one operational


Existing Focus
Area (30) project site per focus areas as

per the permission letter to

implement = (30 points)

 None confirmation of project site

(0 points)

30
Confirmation of  Manager / Finance Officer and
Human
Resource (30) Administrator as submitted CVs

and qualifications on the bid

document (proof of identification

required) (30)

Total score

Bidders are required to achieve a total of 80 points against 100 points to participate in the
EPWP NSS NPO Programme for 2024/25 and 2025/26 financial years.

31
SECTION H: CONTACT PEOPLE, ADDRESSES OF REGIONAL OFFICES,
COMPULSORY BRIEFING SESSIONS VENUES AND TIMES

8. REGIONAL CONTACT PEOPLE


The table below provides a list of contact people in the regions. Enquiries must be directed to the
relevant person in your region as per the following table:
CONTACT CONTACT NUMBERS AND
PROVINCE E-MAIL ADDRESS
PERSON PHYSICAL ADDRESS
(043) 711-6000 / 071 683 6313
Eastern Cape Lizo Mhlontlo Palm Square Business Park, Bonza Lizom@idt.org.za
Bay Road , Silverwood House
Beacon Bay , East London 5214
061 459 0618
National Department of Public Works
Free State Tsholofelo Thulare and Infrastructure, Ground Floor, 18 Tsholofelot@idt.org.za
President Brand Street,
Bloemfontein Central, Bloemfontein,
9301
(012) 845-2000 / 082 577 7062
Gauteng Nceba Njongwe Glenwood Office Park, Cnr. Oberon nceban@idt.org.za
and Sprite Streets, Faerie Glen,
0043
(031) 369-7400 / 082 927 9660
KwaZulu-
Babhekile Mngoma 22 Dorothy Nyembe, 4th Floor. The babhekilem@idt.org.za
Natal
Marine Building, Durban, 4001
(015) 295-0000 / 079 999 0001
Limpopo Joel Fako 22 Hans van Ransburg Street, joelf@idt.org.za
Polokwane
(013) 752-2200 / 081 594 9204
Mpumalanga Sylvia Sibiya 20 Paul Kruger Street, ABSA Square Sylvias@idt.org.za
Building, Lower Ground, Nelspruit,
1200
(053) 831-1092 / 065 852 8068
Northern Sanlam Office Park, Block D,
Thabani Mbonambi ThabaniMb@idt.org.za
Cape 13 Bishops Avenue,
Lanbram, Kimberly, 8301
(018) 381-0083 / 073 115 1801

North West Kholofelo Mohlauli 4071 Joules Street KholofeloMo@idt.org.za


Industrial Site
Mahikeng, 2745
076 670 2154
Western Independent Development Trust,
Alan Wright 14th Floor, Customs House alanw@idt.org.za
Cape
Heerengracht Street, Foreshore,
Cape Town, 8001

32
9. COMPULSORY BRIEFING SESSIONS

Compulsory Briefing Sessions will take place in the regions according to the following table:

CONTACT
PROVINCE BRIEFING SESSION VENUES DATES AND TIMES
PERSON
(012) 845 2000/082 577 7062
Gauteng Nceba Njongwe Venue: Midrand Conference
Center, 661 Pendulum road 16 May 2024@ 10h00
halfway house Ext 12. Midrand.
(043) 711 6000 / 067 805 6210
Cambridge Town Hall, 110 Queen
Street, Cambridge, East London, 15 May 2024 @10h00
5247
Eastern 15, Bells Road, Komani, 5320
Lizo Mhlontlo 16 May 2024@ 10h00
Cape (Opposite Nonesi Shopping Mall)
Old Government Printers
Building, 5 Textile Road,
17 May 2024@ 10h00
Southernwood, Mthatha, Eastern
Cape, 5099
061 459 0618
Xhariep District Municipality 13th May 2024
Offices (Venues TBC) @10h00
Lejweleputswa District
14th May 2024 @
Municipality Offices (Venues 10h00
TBC)
Tsholofelo Thabo Mofutsanyane District
Free State 15th May 2024 @
Thulare Municipality Offices (Venues 10h00
TBC)
Department of Public Works and
Infrastructure, Ground Floor, 18
President Brand Street, 16th May 2024 @
Bloemfontein Central, 10h00
Bloemfontein, 9301 (Manguang
Metropolitan Municipality)
(031) 369 7400/082 927 9660
22 Dorothy Nyembe, 4th Floor.
The Marine Building, Durban,
4001
Peace Initiative Hall; 2 Centenary
13 May 2024 @10h00
KwaZulu- Babhekile Road , Ixopo 3276
Natal Mngoma Conference Venue KZN Public
Works, 455 Jan Smuts Highway, 14 May 2024 @ 10h00
Mayville , Durban 400
Lister Clarence Building , 221
Murchison Street, Ladysmith 15 May 2024 @ 10h00
3370

33
Empangeni Civic Centre,
Commercial Union Street, 16 May 2024@ 10h00
Empangeni 3880

(015) 295 0000/082 096 8555


Vhembe District - Vhembe District
Municipality Council Chamber, 13 May 2024 @10h00
Thohoyandou
Sekhukhune District -
Makhuduthamaga Municipality 14 May 2024 @ 10h00
Council Chamber, Jane Furse
Limpopo Joel Fako Waterberg District - Waterberg
district municupality Council 15 May 2024 @10h00
Foyer, Modimolle
Capricorn District - Polokwane
Royal Hotel, Dorp Street, 16 May 2024@ 10h00
Polokwane
Mopani District - Giyani
20 May 2024 @ 10h00
Community hall, Giyani
013 752 2200
St Marks School, 5 Kiepersol
14 May 2024
street, West Acres, Nelspruit,
@10h00
1200
Emalahleni Local Municipality,
Mpumalanga Sylvia Sibiya Cnr. Mandela and Arras Streets, 15 May 2024 @10h00
Emalahleni, 1035
Gert Sibande District office
(Mayor’s Palour), Cnr. Joubert
16 May 2024 @10h00
and Oosthuisen Street,
Ermelo,2350
065 852 8068 Column1
Namakwa District Municipality 13 May 2024
offices (Venues TBC) @10h00
ZF Mgcawu District Municipality 14 May 2024
offices (Venues TBC) @10h00
Northern Thabani John Taolo District Municipal 15 May 2024
Cape Mbonambi offices (Venues TBC) @10h00
Pixely KaSeme District 16 May 2024
Municipality (Venues TBC) @10h00
Department of public Works, 21-
23 Old Magistrate Court, Market 17 May 2024
Square, Kimberly, 8301 (Frances @10h00
Baard District)
731151801
Kholofelo Mafikeng Embassy Hall, Cnr
North West William Dick Avenue and Sarel 15 May
Mohlauli
Eloff Street, Libertas,Mafikeng, 2024@12:00am
2745
Alan Wright 076 6702 154 13 May 2024 @10h00

34
Cape Town Metropolitan
Municipality: Independent
Development Trust, 14th Floor,
Customs House Heerengracht
Street, Foreshore, Cape Town,
8001
Overberg District Municipality
(DM): District Municipality offices 14 May 2024 @ 10h00
Western ( 26 Long Street, Bredasdorp)
Cape Garden Route : DM offices ( 54
York Street, Dormels Drift 15 May 2024 @10h00
George )
Central Karoo: DM Offices ( 63
16 May 2024@ 10h00
Donkin Street, Beaufort West)
Cape Winelands : DM offices (46
17 May 2024@ 10h00
Alexander Street Stellenbosch)
West Coast : D M offices (58
20 May 2024 @ 10h00
Long Street, Moreesburg)

35
SECTION I: RETURNABLE DOCUMENTS / SUBMISSION
CHECKLIST

Returnable documents MUST be submitted together with the bid document. Failure to
submit any of the Compulsory Requirements will result in the automatic elimination of the
NPO.

RETURNABLE DOCUMENTS / SUBMISSION CHECKLIST Mark with an (X)

Authority to Sign the Bid Document and all Annexures

Valid COIDA Certificate

Proof of UIF Registration (UF54)

NPO Registration Certificate (Registration must be 2 years and above)

Compliant Department of Social Development Compliance Letter (the


compliance letter for the period 2022/2023 and compliance letter /
acknowledgement letter for the period 2023/2024 financial year as guided by
the NPO Act 71 of 1997)

Submission of fully completed and signed Invitation to Bid (SBD 1)

Submission of fully completed and signed Bidder’s Disclosure (SBD 4)

Full Report of Central Supplier Database

Valid Tax Compliance Letter with a unique pin

Proof of bidder residence ( proof of ownership or lease contract or municipal


services bill or letter tribal office – Due diligence)

Audited or Bookkeeper Financial statement of the previous financial year in line


with the NPO Constitution

36
SBD 4
BIDDER’S DISCLOSURE
1 PURPOSE OF THE FORM

Any person (natural or juristic) may make an offer or offers in terms of this invitation to
bid. In line with the principles of transparency, accountability, impartiality, and ethics
as enshrined in the Constitution of the Republic of South Africa and further expressed
in various pieces of legislation, it is required for the bidder to make this declaration in
respect of the details required hereunder.

Where a person/s are listed in the Register for Tender Defaulters and / or the List of
Restricted Suppliers, that person will automatically be disqualified from the bid
process.

2 Bidder’s declaration

2.1 Is the bidder, or any of its directors / trustees / shareholders / members / partners or
any person having a controlling interest1in the enterprise, employed by the state?
YES/NO

2.1.1 If so, furnish particulars of the names, individual identity numbers, and, if applicable,
state employee numbers of sole proprietor/ directors / trustees / shareholders /
members/ partners or any person having a controlling interest in the enterprise, in table
below.

Full Name Identity Number Name of State institution

2.2Do you, or any person connected with the bidder, have a relationship with any person who
is employed by the procuring institution? YES/NO

1 the power, by one person or a group of persons holding the majority of the equity of an enterprise,
alternatively, the person/s having the deciding vote or power to influence or to direct the course and
decisions of the NPO.

37
2.2.1 If so, furnish particulars:

……………………………………………………………………………………

……………………………………………………………………………………

2.3 Does the bidder or any of its directors / trustees / shareholders / members / partners
or any person having a controlling interest in the enterprise have any interest in any
other related enterprise whether or not they are bidding for this contract? YES/NO

2.3.1 If so, furnish particulars:


…………………………………………………………………………….

…………………………………………………………………………….

3 DECLARATION

I, the undersigned, (name)…………………………………………………………. in


submitting the accompanying bid, do hereby make the following statements that I
certify to be true and complete in every respect:

3.1 I have read and I understand the contents of this disclosure;

3.2 I understand that the accompanying bid will be disqualified if this disclosure is found
not to be true and complete in every respect;

3.3 The bidder has arrived at the accompanying bid independently from, and without
consultation, communication, agreement or arrangement with any competitor.
However, communication between partners in a joint venture or consortium2 will not
be construed as collusive bidding.

3.4 In addition, there have been no consultations, communications, agreements or


arrangements with any competitor regarding the quality, quantity, specifications,
prices, including methods, factors or formulas used to calculate prices, market
allocation, the intention or decision to submit or not to submit the bid, bidding with the
intention not to win the bid and conditions or delivery particulars of the products or
services to which this bid invitation relates.

3.4 The terms of the accompanying bid have not been, and will not be, disclosed by the
bidder, directly or indirectly, to any competitor, prior to the date and time of the official
bid opening or of the awarding of the contract.

2 Joint venture or Consortium means an association of persons for the purpose of combining their
expertise, property, capital, efforts, skill and knowledge in an activity for the execution of a contract.

38
3.5 There have been no consultations, communications, agreements or arrangements
made by the bidder with any official of the procuring institution in relation to this
procurement process prior to and during the bidding process except to provide
clarification on the bid submitted where so required by the institution; and the bidder
was not involved in the drafting of the specifications or terms of reference for this bid.

3.6 I am aware that, in addition and without prejudice to any other remedy provided to
combat any restrictive practices related to bids and contracts, bids that are suspicious
will be reported to the Competition Commission for investigation and possible
imposition of administrative penalties in terms of section 59 of the Competition Act No
89 of 1998 and or may be reported to the National Prosecuting Authority (NPA) for
criminal investigation and or may be restricted from conducting business with the public
sector for a period not exceeding ten (10) years in terms of the Prevention and
Combating of Corrupt Activities Act No 12 of 2004 or any other applicable legislation.

I CERTIFY THAT THE INFORMATION FURNISHED IN PARAGRAPHS 1, 2 and 3


ABOVE IS CORRECT.
I ACCEPT THAT THE STATE MAY REJECT THE BID OR ACT AGAINST ME IN
TERMS OF PARAGRAPH 6 OF PFMA SCM INSTRUCTION 03 OF 2021/22 ON
PREVENTING AND COMBATING ABUSE IN THE SUPPLY CHAIN MANAGEMENT
SYSTEM SHOULD THIS DECLARATION PROVE TO BE FALSE.

……………………………… ..……………………………………………
Signature Date

……………………………… ………………………………………………
Position Name of bidd

39
ANNEXURE 1: AUTHORITY TO SIGN THE BID DOCUMENT

AUTHORITY TO SIGN A BID

Fill in the relevant portion applicable to the type of organisation

A. COMPANIES
If a Bidder is a company, a certified copy of the resolution by the board of directors,
personally signed by the chairperson of the board, authorizing the person who signs this bid
to do so, as well as to sign any contract resulting from this bid and any other documents and
correspondence in connection with this bid and/or contract on behalf of the company must
be submitted with this bid, that is before the closing time and date of the bid

AUTHORITY BY BOARD OF DIRECTORS

By resolution passed by the Board of Directors on …........................20..........

Mr./Mrs./Ms……………………………………………………………………………………(whose
signature appears below) has been duly authorized to sign all documents in connection with
this bid on behalf of

(Name of Company) …………...............................................................................................

IN HIS/HER CAPACITY AS: ................................................................................................

SIGNED ON BEHALF OF COMPANY: ……………………………………………..…………..

...............................................................................................................................................
(PRINT NAME)

SIGNATURE OF SIGNATORY: ................................................... DATE: ........................

WITNESSES: 1...................................................

2..................................................

40
ANNEXURE 2: SIGNED PERMISSION TO IMPLEMENT ON THE IDENTIFIED SITE

The Department of Public Works and Infrastructure (DPWI) through the Independent Development
Trust (IDT) implements the EPWP Phase 5. The EPWP Phase 5 is comprised of focus areas that call
for integrated development and partnerships through potential bidders and the key stakeholders (i.e.
delegated accounting officer, tribal authority).

The aim is to ensure that EPWP NSS is to create work opportunities through

This form seeks to assist the potential bidder to obtain the necessary permission to implement on the
identified site from the custodians, owners or users of the facility.

1. The entity (name of Bidder) ………………………………………………….(Name of director)


..………………………………………..in the process of submitting a bid to implement the EPWP NSS
NPO Programme and create work opportunities in the identified side.………………………………

2. The name of the site/building/school/farm etc…………………………………………….

3. Owners/Users of the facility etc. …………………………………………………..

4. Nature or scope of work to be


implemented:………………………………………………………………………………………………………
……………………………………………………………………
5. Size of the areas of operation (in ha): ………………………………….
6. Number of work opportunities to be created:………………………..……..
7. The permission for the bidder to implement on the land/facility is granted/not granted (tick that
which is applicable).

Sign ………………………………………..
Designation ………………………………..
Contact details …………………………….

Your assistance will be highly appreciated.

41

You might also like